Title
a. Award Traffic Striping and Signing Job Order Contracts for a term of 1 year from the date signed by County with a minimum contract value of $25,000 and a maximum contract value of $2,000,000 to the following bidders: TSS 2025-01 Cato’s General Engineering, Inc. dba Cato’s Paving and TSS 2025-02 Chrisp Company;
b. Award Roads & Bridges Job Order Contracts for a term of 1 year from date signed by County with a minimum contract value of $25,000 and maximum contract value of $6,210,093 to the following bidders: R&B 2025-01 Cato’s General Engineering, Inc. dba Cato’s Paving; R&B 2025-02 The Don Chapin Company, Inc.; R&B 2025-03 A. Teichert & Son, Inc. dba Teichert Construction; R&B 2025-04 Granite Rock Company; R&B 2025-05 Granite Construction Company; and R&B 2025-06 Newton Construction & Management, Inc.;
c. Award Emergency Response Work Job Order Contracts for a term of 1 year from the date signed by County with a minimum contract value of $25,000 and maximum contract value of $6,210,093 to the following bidders: ERW 2025-01 Granite Construction Company; ERW 2025-02 Granite Rock Company; and ERW 2025-03 A. Teichert & Son, Inc. dba Teichert Construction;
d. Award Facilities Large Capacity Job Order Contracts for a term of 1 year from the date signed by County with a minimum contract value of $25,000 and maximum contract value of $6,210,093 to the following bidders: FAC-L 2025-01 Quincon, Inc; FAC-L 2025-02 Staples Construction Company Inc.; FAC-L 2025-03 R.F. Koerber, Inc.; and FAC-L 2025-04 Newton Construction & Management, Inc. FAC-L 2025-05 Angeles Contractor, Inc.;
e. Award Facilities Small Capacity Job Order Contracts for a term of 1 year from the date signed by the County with a minimum contract value of $25,000 and a maximum contract value of $3,000,000 to the following bidders: FAC-S 2025-01 Quincon, Inc.; FAC-S 2025-02 R.F. Koerber, Inc.; and FAC-S 2025-03 Newton Construction & Management, Inc.;
f. Approve the Performance and Payment Bonds for Traffic Striping and Signing Job Order Contracts in the amount of $2,000,000 each by Cato’s General Engineering, Inc. and Cato’s Paving and Chrisp Company;
g. Approve the Performance and Payment Bonds for Roads & Bridges Job Order Contracts in the amount of $6,210,093 each by Cato’s General Engineering, Inc. dba Cato’s Paving; The Don Chapin Company, Inc.; A. Teichert & Son, Inc. dba Teichert Construction; Granite Rock Company; Granite Construction Company; and Newton Construction & Management, Inc.;
h. Approve the Performance and Payment Bonds for Emergency Response Work Job Order Contracts in the amount of $6,210,093 each by Granite Construction Company; Granite Rock Company; and A. Teichert & Son, Inc. dba Teichert Construction; and
i. Approve the Performance and Payment Bonds for Facilities Large Capacity Job Order Contracts in the amount of $3,105,047 each by Quincon, Inc.; Staples Construction Company, Inc.; R.F. Koeber, Inc.; Newton Construction & Management, Inc.; and Angles Contractor, Inc.;
j. Approve the Performance and Payment Bonds for Facilities Small Capacity Job Order Contracts in the amount of $1,000,000 each by Quincon, Inc.; R.F. Koeber, Inc.; and Newton Construction & Management, Inc.;
k. Authorize the Director of the Department of Public Works, Facilities and Parks (PWFP) or the assigned designee to execute the Traffic Striping and Signing, Roads & Bridges, Emergency Response Work, Facilities Large Capacity, and Facilities Small Capacity Job Order Contracts;
l. Ratify the Director of PWFP determination that the bid packages from Newton Construction & Management, Inc. and Quincon, Inc. were responsive upon receipt of supporting bid documents which were confirmed to be non-material administrative corrections; and
m. Authorize the Director of PWFP or the assigned designee to approve future increases to Facilities Large Capacity and Facilities Small Capacity Job Order Contract Performance and Payment Bonds up to the maximum contract value for the following bidders: Quincon, Inc.; Staples Construction Company, Inc.; R.F. Koeber, Inc.; Newton Construction & Management, Inc.; and Angles Contractor, Inc. in consultation with the Office of the County Counsel.
Report
RECOMMENDATION:
It is recommended that the Board of Supervisors approve the following items:
a. Award Traffic Striping and Signing Job Order Contracts for a term of 1 year from the date signed by County with a minimum contract value of $25,000 and a maximum contract value of $2,000,000 to the following bidders: TSS 2025-01 Cato’s General Engineering, Inc. dba Cato’s Paving and TSS 2025-02 Chrisp Company;
b. Award Roads & Bridges Job Order Contracts for a term of 1 year from date signed by County with a minimum contract value of $25,000 and maximum contract value of $6,210,093 to the following bidders: R&B 2025-01 Cato’s General Engineering, Inc. dba Cato’s Paving; R&B 2025-02 The Don Chapin Company, Inc.; R&B 2025-03 A. Teichert & Son, Inc. dba Teichert Construction; R&B 2025-04 Granite Rock Company; R&B 2025-05 Granite Construction Company; and R&B 2025-06 Newton Construction & Management, Inc.;
c. Award Emergency Response Work Job Order Contracts for a term of 1 year from the date signed by County with a minimum contract value of $25,000 and maximum contract value of $6,210,093 to the following bidders: ERW 2025-01 Granite Construction Company; ERW 2025-02 Granite Rock Company; and ERW 2025-03 A. Teichert & Son, Inc. dba Teichert Construction;
d. Award Facilities Large Capacity Job Order Contracts for a term of 1 year from the date signed by County with a minimum contract value of $25,000 and maximum contract value of $6,210,093 to the following bidders: FAC-L 2025-01 Quincon, Inc; FAC-L 2025-02 Staples Construction Company Inc.; FAC-L 2025-03 R.F. Koerber, Inc.; and FAC-L 2025-04 Newton Construction & Management, Inc. FAC-L 2025-05 Angeles Contractor, Inc.;
e. Award Facilities Small Capacity Job Order Contracts for a term of 1 year from the date signed by the County with a minimum contract value of $25,000 and a maximum contract value of $3,000,000 to the following bidders: FAC-S 2025-01 Quincon, Inc.; FAC-S 2025-02 R.F. Koerber, Inc.; and FAC-S 2025-03 Newton Construction & Management, Inc.;
f. Approve the Performance and Payment Bonds for Traffic Striping and Signing Job Order Contracts in the amount of $2,000,000 each by Cato’s General Engineering, Inc. and Cato’s Paving and Chrisp Company;
g. Approve the Performance and Payment Bonds for Roads & Bridges Job Order Contracts in the amount of $6,210,093 each by Cato’s General Engineering, Inc. dba Cato’s Paving; The Don Chapin Company, Inc.; A. Teichert & Son, Inc. dba Teichert Construction; Granite Rock Company; Granite Construction Company; and Newton Construction & Management, Inc.;
h. Approve the Performance and Payment Bonds for Emergency Response Work Job Order Contracts in the amount of $6,210,093 each by Granite Construction Company; Granite Rock Company; and A. Teichert & Son, Inc. dba Teichert Construction; and
i. Approve the Performance and Payment Bonds for Facilities Large Capacity Job Order Contracts in the amount of $3,105,047 each by Quincon, Inc.; Staples Construction Company, Inc.; R.F. Koeber, Inc.; Newton Construction & Management, Inc.; and Angles Contractor, Inc.;
j. Approve the Performance and Payment Bonds for Facilities Small Capacity Job Order Contracts in the amount of $1,000,000 each by Quincon, Inc.; R.F. Koeber, Inc.; and Newton Construction & Management, Inc.;
k. Authorize the Director of the Department of Public Works, Facilities and Parks (PWFP) or the assigned designee to execute the Traffic Striping and Signing, Roads & Bridges, Emergency Response Work, Facilities Large Capacity, and Facilities Small Capacity Job Order Contracts;
l. Ratify the Director of PWFP determination that the bid packages from Newton Construction & Management, Inc. and Quincon, Inc. were responsive upon receipt of supporting bid documents which were confirmed to be non-material administrative corrections; and
m. Authorize the Director of PWFP or the assigned designee to approve future increases to Facilities Large Capacity and Facilities Small Capacity Job Order Contract Performance and Payment Bonds up to the maximum contract value for the following bidders: Quincon, Inc.; Staples Construction Company, Inc.; R.F. Koeber, Inc.; Newton Construction & Management, Inc.; and Angles Contractor, Inc. in consultation with the Office of the County Counsel.
SUMMARY:
On July 8, 2025, the Board of Supervisors (Board) adopted the County of Monterey 2025 Job Order Contracts (JOC) Construction Task Catalogs and Project Specifications for the JOC 2025 Contracts (2025 JOC Program), authorized advertising for bids, and supported the lowest bid price as the basis of award. The JOC 2025 Bid Openings occurred on August 21, 2025 and August 22, 2025 during which a total of 3 bids were received for Traffic Striping and Signing, 7 bids were received for Roads & Bridges, 5 bids were received for Emergency Response Work, 7 bids were received for Facilities Large Capacity, and 6 bids were received for Facilities Small Capacity contracts (see Attachment A). On July 8, 2025, the Board authorized PWFP to advertise for three added Facilities Small Capacity contracts with smaller bonding thresholds to encourage smaller local business to participate in the JOC program.
Per the process set forth by the JOC 2025 Project Specifications, bids are evaluated by the Award Criteria Figure. Contractors presenting responsive and responsible bids with the lowest Award Criteria Figure will be awarded the contract.
The recommended action approves the award of (2) Traffic Striping and Signing JOC 2025 Contracts, (6) Roads & Bridges JOC 2025 Contracts, (3) Emergency Response Work JOC 2025 Contracts, (5) Facilities Large Capacity JOC 2025 Contracts, (3) Facilities Small Capacity JOC 2025 Contracts and associated Performance and Payment Bonds provided by the respective contractors. In addition, this action will authorize the Director of PWFP or the assigned designee to approve, in accord with the Office of County Counsel, future increases to Facilities JOC Performance and Payment Bonds up to the maximum contract value. This recommendation reflects the (2) lowest responsible and responsive bids for Traffic Striping and Signing Contracts, the (6) lowest responsible and responsive bids for the Roads & Bridges Contracts, the (3) lowest responsible and responsive bids for the Emergency Response Work Contracts, the (5) lowest responsible and responsive bids for the Facilities Large Capacity Contracts, and the (3) lowest responsible and responsive bids for the Facilities Small Capacity Contracts. The JOC 2025 Contracts are for a term of (1) year from the date signed by the County.
DISCUSSION:
2025 JOC Bid Process
On July 8, 2025, the Board adopted the County of Monterey 2025 JOC Construction Task Catalogs and Project Specifications for the 2025 JOC Program, authorized advertising for bids, and support of lowest bid price as the basis of award.
PWFP followed the notification procedures outlined in the JOC Project Specifications for Traffic Striping and Signing, Roads & Bridges, Emergency Response Work, Facilities Large Capacity and Facilities Small Capacity. The JOC 2025 Projects were duly advertised.
The JOC 2025 bid openings occurred on August 21, 2025 and August 22, 2025 in the Board Chambers. Representatives from the Office of the County Counsel and the County Administrative Office Contracts/Purchasing Division were present, reviewed the bid packages submitted to verify completeness and announced the Award Criteria Figure for each bid.
PWFP has operated within the framework set forth in the JOC 2025 Project Specifications for Contractor selection and requests Board approval to authorize the Director of PWFP or designee to execute the 19 Contracts with the lowest responsible and responsive bidders for JOC Traffic Striping and Signing 2025, JOC Roads & Bridges 2025, JOC Emergency Response Work 2025, JOC Facilities Large Capacity 2025, and JOC Facilities Small Capacity 2025 projects, approve the corresponding Performance and Payment Bonds, and approve, in accord with the Office of County Counsel, future increases to Facilities JOC Performance and Payment Bonds up to the maximum contract value.
Resolving Awards in the Case of Tied Bids
Two bids received for project Roads and Bridges 2025-02 were tied for lowest bid. JOC low bids are determined using an Award Criteria Factor which is the sum of four weighted Adjustment Factors provided in the Bid Form. The current specifications do not specify how to resolve a tie when both bidders are determined to be responsive and responsible. PWFP Staff, after consultation with the Office of the County Counsel, prepared the following methodology to resolve the tie:
1. Check for any missing documentation. If both bids are complete;
2. Compare the 1st weighted Adjustment Factor. If both factors are the same;
3. Compare the 2nd weighted Adjustment Factor. If both factors are the same;
4. Compare the 3rd weighted Adjustment Factor. If both factors are the same;
5. Compare the 4th weighted Adjustment Factor. If both factors are the same;
6. Award to the first bid submitted to the Clerk of the Board.
For Project R&B 2025-02, there was a difference in the 1st weighted Adjustment Factor, which was used to determine the lowest bidder.
This methodology will be incorporated into next year’s JOC specifications for future reference and use.
Local Contractor Bidding Participation
PWFP reports to the Board on JOC program participation by contractors based in the Monterey Bay Area (Monterey, San Benito, Santa Cruz Counties). The table below shows the number of “local” and total bids received by Project type:
JOC Project Category Total Bids Local Bidders
Traffic Striping and Signing 3 0
Roads & Bridges 7 2*
Emergency Response Work 5 2*
Facilities Large Capacity 7 0*
Facilities Small Capacity 6 0*
*3 bidders across the Roads and Bridges, Emergency Response Work, and both Facilities categories are companies based in San Luis Obispo County, geographically close to South County work locations.
Facilities Contracts 50% Initial Bonding
For Facilities’ Bids, the Board approved the successful bidders to furnish an initial payment bond and a performance bond for approximately Fifty Percent (50%) of the Maximum Contract Value. If the aggregate Job Orders issued under the awarded contract exceeds the fifty percent (50%) value an increase in the Payment and Performance Bonds will be required in an amount not less than One Hundred Percent (100%) of the Maximum Contract Value. At no time may the sum of the issued Job Orders exceed the amount of the Payment and Performance Bonds. The successful bidders were required to provide a letter from the bonding company stating their ability to obtain Payment and Performance Bonds for the Maximum Contract Value. The initial bonding requirement for Traffic Striping and Signing, Roads & Bridges, and Emergency Response Work Contracts remained set at One Hundred Percent (100%) of the Maximum Contract Value.
OTHER AGENCY INVOLVEMENT:
PWFP coordinated preparation of the JOC Project Specifications, including the standard contract language with the Office of the County Counsel-Risk Management and the Auditor-Controller’s Office. The Office of the County Counsel and County Administrative Office’s Contracts/Purchasing Division attended the bid opening and reviewed all bids for conformance with applicable regulations. PWFP reviewed the bids for responsiveness. The Office of the County Counsel-Risk Management and the Auditor-Controller’s Office have reviewed and approved the contract documents as to form, insurance and fiscal provisions, respectively.
FINANCING:
If approved, the individual Contracts recommended for award of 2 - 2025 JOC Traffic Striping and Signing Contracts, 6 - 2025 JOC Roads & Bridges Contracts, 3 - 2025 JOC Emergency Response Work Contracts, 5 - 2025 JOC Facilities Large Capacity Contracts and 3 - 2025 JOC Facilities Small Capacity Contracts would provide for a total of 19 individual Job Order Contracts, with a cap of up to $6,210,093 per contract ($2,000,000 for Traffic Striping and Signing, $3,000,000 for Facilities Small Capacity), for a cumulative total of $99,941,302 under the 2025 JOC Program. Expenditures will be within and not exceed the Fiscal Year (FY) 2025-26 Adopted Budgets. Funding for JOC projects, including applicable The Gordian Group, Inc. (Gordian) fees, is contained within the adopted FY 2025-26 budget allocations for various funds; Fund 404 - Facilities Master Plan Projects, Fund 002 - Road Fund, the respective County Service Area or County Sanitation District Fund, and the individual department authorizing the project. A five percent (5%) License Fee to utilize the JOC Program is payable to Gordian only if and when a Job Order is issued to a JOC contractor. Also, the County may utilize optional JOC Project Management services, as needed, for an additional 5.95% fee. Gordian fees are contained in the overall eligible project budgets.
BOARD OF SUPERVISORS STRATEGIC PLAN GOALS:
The JOC program allows PWFP to quickly implement a significant number of repair, maintenance and emergency response projects each year. The work under this program meets the Board Objectives of Implementing approved and funded infrastructure plans, and Disaster Planning and Response. Local contractor outreach, and local hiring requirements support the Board Goal of a Diverse and Thriving Economy.
____ Well-Being and Quality of Life
X Sustainable Infrastructure for the Present and Future
X Safe and Resilient Communities
X Diverse and Thriving Economy
Prepared by: John Snively, Administrative Operations Manager, (831) 759-6617
Reviewed by: Florence Kabwasa-Green, Chief of Facilities
Lindsay Lerable, Assistant Director of Public Works, Facilities and Parks
Approved by: Randell Ishii, MS, PE, TE, PTOE, Director of Public Works, Facilities and Parks
The following attachments are on file with the Clerk of Board:
Attachment A - Bid Summaries JOC TSS, R&B, ERW, FAC-L, FAC-S
Attachment B - TSS 2025-01
Attachment C - TSS 2025-02
Attachment D - R&B 2025-01
Attachment E - R&B 2025-02
Attachment F - R&B 2025-03
Attachment G - R&B 2025-04
Attachment H - R&B 2025-05
Attachment I - R&B 2025-06
Attachment J - ERW 2025-01
Attachment K - ERW 2025-02
Attachment L - ERW 2025-03
Attachment M - FAC-L 2025-01
Attachment N - FAC-L 2025-02
Attachment O - FAC-L 2025-03
Attachment P - FAC-L 2025-04
Attachment Q - FAC-L 2025-05
Attachment R - FAC-S 2025-01
Attachment S - FAC-S 2025-02
Attachment T - FAC-S 2025-03